Loading...
HomeMy WebLinkAboutContract 42548-R1 CITY SE`E &Ry CONTRACT'NO. -Its ti AGREEMENT FOR SERVICES THIS AGREEMENT FOR SERVICES ("Agreement") is made and entered into by and between THE CITY OF FORT WORTH, a home-rule municipal corporation of the State of Texas (hereinafter referred to as "City"), acting by and through its duly authorized Assistant City Manager, and UNITED WAY OF TARRANT COUNTY, a Texas non-profit corporation (hereinafter referred to as "Contractor"), acting by and through its duly authorized President. RECITALS WHEREAS, Con-tractor provides services to coordinate area agencies and social service activities and programs, providing leadership and funding for said programs throughout the entire community; and WHEREAS, City has identified criteria for determining agencies and social service activities and programs that serve a public purpose through investing money, expertise and other resources to improve lives and communities in benefit to the entire Fort Worth Community; and WHEREAS, City and Contractor desire to enter into a contract whereby City will provide Contractor with funds to be distributed to agencies and social service activities and programs that meet City's criteria for serving a public purpose. NOW, THEREFORE, in consideration of the mutual covenants herein expressed, the parties agree as follows: AGREEMENT 1. SCOPE OF SERVICES. Contractor covenants and agrees to fully perform, or cause to be performed, with good faith and due diligence, all services and objectives described in Exhibit "A," attached and incorporated herein for all purposes incident to this Agreement ("Services"). 2. COMPENSATION. In consideration of the Services to be performed hereunder by Contractor, City promises and agrees to pay Contractor in one installment the sum of Two Hundred Ten Thousand Seven Hundred and Fifty Dollars ($210,750.00) ("Funds"). Contractor acknowledges and agrees that the Funds shall be disbursed to non-profit entities selected by Contractor (each a "Recipient") that meet criteria that City has determined indicate that the entities serve a public purpose through investing money, expertise and other resources to improve lives and communities in benefit to the entire Fort Worth Community. Contractor shall have discretion to select Recipients so long as each selected entity meets all of the following criteria: 1. Has valid current designation of tax-exempt status under 26 USC 501 from the United States Internal Revenue Service 2. Has a mission statement and service plan that aligns with public safety; 3. Does not engage in inherently religious activities, such as worship, religious instruction, or proselytizing, as a part of the program or services funded by City dollars. Inherently religious activities must be offered separately, in time or location, from the programs, activities, or services supported by City funds. 4. Submits documentation attesting to and demonstrating the entity's capacity to deliver specified services. 5. Demonstrates to Contractor via site visits that the nature Omance oUthelro posed OFFICIAL RECORD CITY SECRETARY 12_21-1-12 PO4 :39 IN Fla � � �"' � service meets the above-listed criteria. 3. REPORTING OF EXPENDITURES. a. Contractor shall deliver to the City's Budget Officer a quarterly statement of the receipts and expenditures of Funds ("Quarterly Award Report"), detailing how the Funds were expended by Contractor itself and by each Recipient to accomplish performance of the Services. The quarterly statement shall be in the same format as Section I of the attached Exhibit "B," which is incorporated herein for all purposes, and each such Quarterly Award Report shall be attached hereto, incorporated herein and made a part of-this Agreement for all purposes. b. Each Quarterly Award Report must be prepared and signed by a Certified Public Accountant or by a representative of the Contractor who has received the Training for Citv of Fort Worth Fund Recipients: Reportin-q Requirements and Financial Tools_Required to Complete the Re orts ("Fiscal Training") no later than December 31, 2012. If the Contractor deviates from this reporting requirement, -the Contractor will be considered in non-compliance with this Agreement. c. Each Quarterly Award Report must be submitted to the City's Budget Officer not later than the 15th day of the first month after the end of each quarter. Therefore, each respective Quarterly Award Report must be submitted not later than January 15, 2013, April 15, 2013, July 15, 2013 and October 15, 2013. d. Any non-compliance by Contractor under Section 3 of this Agreement may jeopardize the Contractor's ability to receive future funding from the City. In addition, failure to comply with Section 3 or any other term of this Agreement, including, but not limited to, the criteria for determining eligible Recipients, may result in forfeiture of grant monies not yet disbursed and/or required reimbursement of all monies awarded. 4. REPORTING OF SERVICES. Not later than the 15th day of the first month after the end of each quarter, Contractor shall submit to the City's Budget Officer a report of Services for itself and each Recipient in the same format as Section II of the attached Exhibit "B," which is incorporated herein for all purposes, and each such Quarterly Award Report shall be attached hereto, incorporated herein and made a part of this Agreement for all purposes. Therefore, each respective Quarterly Services Report must be submitted not later than January 15, 2013, April 15, 2013, July 15, 2013 and October 15, 2013. Contractor and each Recipient shall be subject to a review by the City of its services and activities in performance of this Agreement. 5. TERM AND TERMINATION. This Agreement shall be for a term beginning October 1, 2012 and ending September 30, 2013. a. Either party may cancel this Agreement upon thirty (30) days notice in writing to the other party of such intent to terminate. b. The City may terminate this Agreement immediately for any violation by Contractor of Section 3, "Reporting of Expenditures" or Section 4, "Reporting of Services," above. c. In the event no funds or insufficient funds are appropriated by the City in any fiscal period for any payments hereunder, City will notify the Contractor of such occurrence, and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds shall have been appropriated. d. In the event of any termination under this Section 5, Contractor shall reimburse to City all Agreement for Services-CFW/United Way of Tarrant County FY2013 Page 2 of 11 Funds that it has received under this Agreement for purposes of discretionary distribution but that it not otherwise committed or encumbered by contract. Contractor shall include in its funding contract with each Recipient, that in the event of any termination of this Agreement or a Recipient contract, Recipient shall reimburse to the City all Funds that it has received but that it has not otherwise committed or encumbered by contract. 6. TRAINING. The Chief Executive Officer, Executive Officer, or Chief Financial Officer of Contractor and each Recipient shall receive Fiscal Training no later than December 31, 2012. Evidence of receipt of such training shall be submitted to the City's Budget Officer. Contractor and each Recipient shall be responsible for training its representatives at its own cost and expense. 7. RIGHT TO MONITOR SERVICES. Contractor covenants and agrees to fully cooperate with City in monitoring the effectiveness of the Services to be performed under this Agreement, and City shall have access at all reasonable hours to offices and records of Contractor for the purpose of such monitoring. Contractor further agrees to include in its agreement with each Recipient, that the Recipient agrees to fully cooperate with the City in monitoring the effectiveness of the Services to be performed under this Agreement, and City shall have access at all reasonable hours to offices and records of the Recipient for the purpose of such monitoring. 8. INDEPENDENT CONTRACTOR. Contractor shall operate hereunder as an independent contractor and not as an officer, agent, servant, or employee of City. Contractor shall have exclusive control of and the exclusive right to control the details of the Services performed hereunder and all persons performing same and shall be solely responsible for the acts and omissions of its officers, agents, servants, employees, subcontractors, and program participants. The doctrine of respondeat superior shall not apply as between the City and Contractor, its officers, agents, servants, employees, subcontractors, or program participants. Nothing herein shall be construed as creating a partnership or joint enterprise between City and Contractor. It is expressly understood and agreed that no officer, agent, employee, or subcontractor of Contractor is in the paid service of City. 9. LIABILITY AND INDEMNIFICATION. CITY SHALL IN NO WAY OR UNDER ANY CIRCUMSTANCES BE RESPONSIBLE FOR ANY PROPERTY BELONGING TO CONTRACTOR, ITS OFFICERS, AGENTS, EMPLOYEES, SUBCONTRACTORS, PROGRAM PARTICIPANTS, OR RECIPIENTS THAT MAY BE LOST, STOLEN, DESTROYED, OR IN ANY WAY DAMAGED. CONTRACTOR HEREBY AGREES TO INDEMNIFY AND HOLD HARMLESS THE CITY, ITS OFFICERS, AGENTS, AND EMPLOYEES FROM AND AGAINST ANY AND ALL CLAIMS OR SUITS CONCERNING SUCH PROPERTY. CONTRACTOR COVENANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND,AT ITS OWN EXPENSE, CITY AND ITS OFFICERS, AGENTS, SERVANTS, AND EMPLOYEES FROM AND AGAINST ANY AND ALL CLAIMS OR SUITS FOR PROPERTY LOSS OR DAMAGE AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, OF WHATSOEVER KIND OR CHARACTER, WHETHER REAL OR ASSERTED, ARISING OUT OF OR IN CONNECTION WITH THE EXECUTION, PERFORMANCE, ATTEMPTED PERFORMANCE, OR NONPERFORMANCE OF THIS AGREEMENT AND/OR THE OPERATIONS,ACTIVITIES, AND SERVICES DESCRIBED HEREIN, WHETHER OR NOT CAUSED IN WHOLE OR IN PART, BY ALLEGED NEGLIGENCE OF OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS OF C1TY; AND CONTRACTOR HEREBY ASSUMES ALL LIABILITY AND RESPONSIBILITY OF CITY AND ITS OFFICERS, AGENTS, SERVANTS, AND EMPLOYEES FOR ANY AND ALL CLAIMS OR SUITS FOR PROPERTY LOSS OR DAMAGE AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, OF WHATSOEVER KINDS OR CHARACTER,WHETHER REAL OR ASSERTED,ARISING OUT OF OR IN CONNECTION WITH THE EXECUTION, PERFORMANCE, ATTEMPTED PERFORMANCE OR NOW PERFORMANCE OF THIS AGREEMENT AND/OR THE OPERATIONS, ACTIVITIES, AND SERVICES Agreement for Services-CFW/United Way of Tarrant County FY2013 Page 3 of 11 DESCRIBED HEREIN, WHETHER OR NOT CAUSED IN WHOLE OR IN PART. BY ALLEGED NEGLIGENCE OF OFFICERS. AGENTS SERVANTS EMPLOYEES CONTRACTORS OR ■ r -�r�n _ni - SUBCONTRACTORS OF CITY. CONTRACTOR LIKEWISE COVENANTS AND AGREES TO AND DOES HEREBY INDEMNIFY AND HOLD HARMLESS CITY FROM AND AGAINST ANY AND ALL INJURY, DAMAGE, OR DESTRUCTION OF PROPERTY OF CITY, ARISING OUT OF OR IN CONNECTION WITH ALL ACTS OR OMISSIONS OF CONTRACTOR, ITS OFFICERS, MEMBERS, AGENTS, EMPLOYEES, SUBCONTRACTORS, INVITEES, LICENSEES, PROGRAM PARTICIPANTS, OR RECEIPIENTS, WHETH E_R OR IVCAUSED, IN ,WHOLE OR IN PART. BY ALLEGED NEGLIGENCE OF OFFICERSO AGENTS SERVANTS EMPLOYEES. CONTRACTORS. OR SUBCONTRACTORS OF CITY. CONTRACTOR AGREES TO AND SHALL RELEASE CITY, ITS AGENTS, EMPLOYEES, OFFICERS AND LEGAL REPRESENTATIVES FROM ALL LIABILITY FOR INJURY, DEATH, DAMAGE OR LOSS TO PERSONS OR PROPERTY SUSTAINED IN CONNECTION WITH OR INCIDENTAL TO PERFORMANCE UNDER THIS AGREEMENT, EVEN IF THE INJURY, DEATH, D■AMAGE OR LOSS 1S CAUSED BY CITY'S SOLE OR CONCURRENT NEGLIGENCE. Contractor shall require all of its subcontractors and Recipients to include in their subcontracts a release and indemnity in favor of City in substantially the same form as above. This Section shall survive the expiration or termination of this Agreement. 10. MISAPPRORIATION OF FUNDS. In the event it is determined that Contractor or any Recipient has misused, misapplied, or misappropriated all or any part of the funds provided hereunder, Contractor agrees to indemnify, hold harmless and defend the City of Fort Worth, its officers, agents, servants, and employees, from and against any and all claims or suits resulting from such misuse, misapplication, or misappropriation. 11. CHARITABLE IMMUNITY. If Contractor, as a charitable or nonprofit organization, has or claims an immunity or exemption (statutory or otherwise) from and against liability for damage or injury, including death, to persons or property, Contractor hereby expressly waives its rights to plead defensively such immunity or exemption as against the City. 12. ASSIGNMENT AND SUBCONTRACTING. Contractor shall not assign or subcontract all or any part of its rights, privileges or duties under this Agreement without the prior written consent of City, and any attempted assignment or subcontract of same without such prior written approval shall be void and constitute a breach of this Agreement. 13. COMPLIANCE WITH LAWS, ORDINANCES, RULES AND REGULATIONS. Contractor, its officers, agents, employees, and subcontractors shall abide by and comply with all federal, state, and local laws, including all ordinances, rules, and regulations of City. It is agreed and understood that, if City calls to the attention of Contractor any such violation on the part of Contractor or any of its officers, agents, employees, or subcontractors, then Contractor shall immediately desist from and correct such violation. 14. NON-DISCRIMATION COVENANT. Contractor, in the execution, performance or attempted performance of this contract and Agreement, will not discriminate against any person or persons because of disability, age, familial status, sex, race, religion, color or national origin, nor will Contractor permit its officers, agents, employees, or subcontractors to engage in such discrimination. This Agreement is made and entered into with reference specifically to Chapter 17, Article III, Division 3, of the City Code of the City of Fort Worth ("Discrimination in Employment Practices"), and Contractor hereby covenants and agrees that Contractor, its agents, employees, and subcontractors have fully complied with all provisions of same and that no employee or Agreement for Services-CFW/United Way of Tarrant County FY2013 Page 4 of l 1 employee-applicant has been discriminated against by either Contractor, its agents, employees or subcontractors. 15. INSURANCE. Contractor shall procure and shall maintain during the term of this Agreement the following insurance coverage: 1. Commercial General Liability CGL).- $1,000,000.00 per occurrence, with a $2,000,000.00 annual aggregate limit, in a form that is acceptable to the City's Risk Manager. 2. Non-Profit Or anization Liabilitv or Directors & Officers Liability'. $1,000,000.00 per occurrence, with a $1,000,000.00 annual aggregate limit, in a form that is acceptable to the City's Risk Manager. Contractor's insurer(s) must be authorized to do business in the State of Texas for the lines of insurance coverage provided and be currently rated in terms of financial strength and solvency to the satisfaction of -the City's Risk Manager. Each insurance policy required herein shall be endorsed with a waiver of subrogation in favor of-the City. Each insurance policy required by this Agreement (except for policies of worker's compensation or accident/medical insurance, if required) shall list the City as an additional insured. City shall have the right to revise insurance coverage requirements under this Agreement. Contractor further agrees that it shall comply with the Worker's Compensation Act of Texas and shall provide sufficient compensation insurance to protect Contractor and City From and against any and all Worker's Compensation claims arising from the work and services provided under this Agreement. 16. RIGHT TO AUDIT RECORDS. Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Agreement, have access to and the right to examine, whether in hard copy or electronic format, any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Agreement. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. The City shall give Contractor reasonable advance notice of intended audits. Contractor further agrees to include in all of its subcontractor and Recipient agreements hereunder a provision to -the effect that the subcontractor and/or the Recipient agrees that the City shall, until -the expiration of three (3) years after final payment under the subcontract or this Agreement, have access to and the right to examine, whether in hard copy or electronic format, any directly pertinent books, documents, papers and records of such subcontractor involving transactions to the subcontract or this Agreement, and further that City shall have access during normal working hours to all subcontractor or Recipient facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this paragraph. City shall give subcontractor or Recipient reasonable advance notice of intended audits. This Section shall survive the expiration or termination of this Agreement. 17. GOVERNING LAW AND VENUE. This Agreement shall be governed by and construed under the laws of the state of Texas. Should any action, whether real or asserted, at law or in equity, arise out of the execution, performance, attempted performance of this Agreement, venue for said action shall lie in Tarrant County, Texas. 18. NOTICES. Agreement for Services-CFW/United Way of Tarrant County FY2013 Page 5 of 11 Notices to be provided hereunder shall be sufficient if forwarded to the other party by hand- delivery or via U.S. Postal Service certified mail, postage prepaid, to the address of the other party shown below: Horatio Porter Tim McKinney Budget Officer President and CEO City of Fort Worth United Way of Tarrant County 1004 Throckmorton St. 1500 N. Main, Suite 200 Fort Worth, Texas 76102 P. O. Box 4448 Fort Worth, Texas 76164-0448 (817) 392-2379 (817) 258-8000 19. NO WAIVER. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right herein conferred shall not be construed as a waiver or relinquishment to any extent of City's or Contractor's right to assert or rely upon any such term or right on any future occasion. 24. DISCLOSURE OF CONFLICTS AND CONFIDENTIAL INFORMATION. Contractor hereby warrants to the City that Contractor has made full disclosure in writing of any existing or potential conflicts of interest related to Contractor's services under this Agreement. In the event that any conflicts of interest arise after the Effective Date of this Agreement, Contractor hereby agrees immediately to make full disclosure to the City in writing. Contractor, for itself, its officers, agents, and employees, further agrees that it shall treat all information provided to it by the City ("City Information") as confidential and shall not disclose any such information to a third party without the prior written approval of the City. Contractor shall store and maintain City Information in a secure manner and shall not allow unauthorized users to access, modify, delete, or otherwise corrupt City Information in any way. Contractor shall notify the City immediately if the security or integrity of any City information has been compromised or is believed to have been compromised. 21. SEVERABILITY. If any provision of this Agreement is held to be invalid, illegal, or unenforceable, the validity, legality, and enforceability of the remaining provisions shall not in any way be affected or impaired. 22. FORCE MAJEURE. The City and Contractor shall exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement. If either party is unable, either in whole or part, to fulfill its obligations under this Agreement due to acts of God; strikes, lockouts, or other industrial disturbances; acts of public enemies; wars; blockades; insurrections; riots; epidemics; public health crises; earthquakes; fires; floods; restraints or prohibitions by any court, board, department, commission, or agency of the United States or of any state; declaration of a state of disaster or of emergency by the federal, state, county, or City government in accordance with applicable law; issuance of a Level Orange or Level Red Alert by the United States Department of Homeland Security; any arrests and restraints; civil disturbances; or explosions; or some other reason beyond the party's reasonable control (each a "Force Majeure Event"), the obligations so affected by such Force Majeure Event will be suspended only during the continuance of such event. 23. HEADINGS NOT CONTROLLING. Headings and titles used in this Agreement are for reference purposes only and shall not be Agreement for Services-CFW/United Way of Tarrant County FY2013 Page 6 of 11 deemed a part of this Agreement. Agreement for Services-CFW/United Way of Tarrant County FY2013 Page 7 of 11 24. REVIEW OF COUNSEL. The parties acknowledge that each party and its counsel have had the opportunity to review and revise this Contract and that the normal rules of construction to the effect that any ambiguities are to be resolved against the drafting party shall not be employed in the interpretation of this Contract or exhibits hereto. 25. ENTIRETY OF AGREEMENT. This written instrument constitutes the entire agreement by the parties hereto concerning the work and services to be performed hereunder, and any prior or contemporaneous, oral or written agreement, which purports to vary from the terms hereof shall be void. IN WITNESS WHEREOF, the parties hereto have executed this agreement in multiples in Fort Worth, Tarrant County, Texas, to be effective October 1, 2012. CITY OF FORT WORTH: UNITED WAY OF TARRANT COUNTY: By By: Charl s-* Daniels 614Unney Assistant City Manager Pr Date. Date. A T T: ATT ST:I*ORlr 000000 a a o �� ser o °o By: rY a Y 0 lity Secretary suo o ame: fie. 0 o itie: ) owa 0 o � � Date: o� ate: I C o 000000009 xzy AP RAVED S TO FORM AND LEGA "j - 1 Denis C. McElro Assistant City A rney Date. 1 CONTRACT AUTHORIZATION: M&C: C-25935 Date Approved: October 16, 2012 OFFICIAL: REWRO1 Agreement for Services-CFW f United Way of Tarrant County FY2013 CITY SECRETARY Page S of 11 FT,,WORTH,TX STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersi ed authority, a Notary Public in and for the State of Texas, on this day personally appeared Tim Wginney, known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that the same was the act of the United Way of Tarrant County and that she executed the same as the act of said United Way of Tarrant County for the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this - day of Vie- A.D. 2012. ��'`'t�rr�'a BEVERLY J. 84YQ • + Notary Public,State of Texas ,, �• �,, My Commission Expires ota Publ c n a for the of Texas yp►+ i��`*r July 25, 2015 � STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Charles W. Daniels, known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that the same was -the act of the City of Fort Worth for the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of ,c to° , A.D. 2012. k�4 r �. Notary Public in and for the State of Texas Agreement for Services-CFW/United Way of Tarrant County FY2013 Page 9 of 11 EXHIBIT "A" Projections of Services to be Provided by 5 Selected Agencies October 2012 — September 2013 AGENCY AWARD PROJECTIONS Recovery Resource Council $371500 1,000 teens with Ground Zero services, including support groups in alternative schools and prevention services in juvenile detention, teen court and other locations SafeHaven of Tarrant County $67,500 1,500 women and child victims of domestic violence; 48,000 calls on the 24 hour crisis hotline; 12,000 hours of volunteer service Tarrant County Youth $11,250 19,097 FWISD 3rd to 5 th grade students will be Collaboration served by TEAM UP! (Tarrant Education and Athletic Mentoring: Uniting Partnerships!). The program combines engaging virtual curriculum with on campus provessional athletic mentoring to motivate students to stay in school and build skills like leadership, team work and critical thinking. Tarrant County Youth $381250 61 teen clients in supportive outpatient services Recovery Campus The Women's Center $56,250 850 rape crisis hotline calls; counseling for 480 survivors of rape at rape exam sites; counseling for 425 significant others at rape exam sites; counseling for 440 others; child sexual abuse prevention training for 20,250 children; adult sexual abuse prevention training for 2,625 persons; training and technical assistance for 1,075 criminal justice profess ionals Agreement for Services-CFW/United Way of Tarrant County FY2013 Page 10 of 1 l EXHIBIT "B" SECTION I/SECTION 11 QUARTERLY REPORT Agreement for Services-CFW/United Way of Tarrant County FY2013 Page 1.1 of 11 N 0 0 0 0 0 0 0 0 0 0 r.> 000000000 0 0000000OOO 0 QD 60- h x H w .O 2 r O P rN ii O o LL �1c L L w d uj Cl. C z O 0 ~' o C) M H � N jr M L O a 0 ono w Z cv O '� cr) x C> Q E-r 0 00 00 0%NEW, C) O z N Q a 0 � L M O > m cu m = oo () N m a ^ � T- 0 w W ° r M ❑ L d z a � °w CY C w _ z •-- •- w n. N x •• ,,� w U) w O o .. 0 m m r 4 ,� 0 LL Z m — + � �. ~ � cu O as a o c x �- .- co w c o o y O _ U U U- Q o c _ o w E ..� M '0 U- w o d as CD z a U U h- a t!} CO City of Fort Worth, Texas a M or and C ca ion .:... . ... . . ... . . COUNCIL ACTION Approved o 10/23/2 012.... DA'rE: Tuesday, October 23, 2012 REFERENCE NO.: **C-25935 LOG NAME: 02UNITED WAY FY2013 SUBJECT: Authorize Execution of a Contract with United Way of Tarrant County in the Amount of$210,750.00 to Fund Various Organizations and Coordinate Area Agencies and Social Service Programs for the Benefit of the Entire Fort Worth Community for Fiscal Year 2013 (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council authorize the execution of a contract with United Way of Tarrant County in the amount of $210,750.00 to fund various organizations and coordinate area agencies and social service programs for the benefit of the entire Fort Worth community for Fiscal Year 2013. DISCUSSION: During the Fiscal Year 2013 budget process, the City Council approved financial support for the United Way of Tarrant County (United Way) in -the amount of $210,750.00. In order to streamline the allocation of 'funds to various agencies, -the City partners with the United Way to distribute funds to agencies that provide social service programs; thus the City will make a single payment in the amount of$21 0,750.00. The United Way will have discretion to select the particular agencies and funding amounts subject to general City approved guidelines designed to ensure that the funding is used for public benefit in the Fort Worth community. This is the City's fourth year to collaborate with the United Way to disseminate funds and provide coordination with area agencies. The contract requires these funds must be used for programming within the City. This partnership allows the City, through United Way, to continue to provide financial assistance to non-profit agencies who offer critical social services for the benefit of the entire Fort Worth community. United Way has over 85 years of experience investing money, expertise and other resources to improve lives and communities. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current operating budget, as appropriated, of the General Fund. FUND CENTERS: TO Fund/Account/Centers FROM Fund/Account/Centers GG01 593120 0906220 $210,750.00 CERTIFICATIONS: Submitted for City Manager's Off ice by: Charles Daniels (6199) Originatina Department Head: Horatio Porter (2379) Additional Information Contact: Kendra Noble (8500) ATTACHMENTS No attachments found. Lognanle: 02UNITED WAY FY2013 Page 1 of 1